SOLICITATION NOTICE
65 -- Luxtec Light Source Systems
- Notice Date
- 9/1/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;GLAC (69D);5000 W. National Ave;Milwaukee WI 53295-0005
- ZIP Code
- 53295-0005
- Solicitation Number
- VA69D10RQ0644
- Response Due
- 9/6/2010
- Archive Date
- 9/16/2010
- Point of Contact
- Scott Ivy
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number, VA-69D-10-RQ-0644, is issued as a request for quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 effective February 1, 2010 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to January 2010. The North American Industry Classification System (NAICS) Code for this acquisition is 339112, Size Standard: 500 Employees. This procurement is unrestricted. Offeror's quotes are hereby being requested and shall be submitted on offeror's letterhead or bid form and shall contain the name, title, and signature of person authorized to submit quotes on behalf of the contractor. Offeror shall provide complete system. Offeror shall provide the following Brand Name or Equal Items: Description: Item 1: Light Source, Luxtec, 9300 XSPT - 4 EACH Price $___________ Item 2: Headlight System, Luxtec, AX1375BIF with equipment duffel bag- 4 EACH Price $__________ Item 3: Luxtec Universal Floorstand - 4 EACH Price $__________ Discount (if applicable): $___________ TOTAL PRICE FOR ALL ITEMS $____________; Total Price shall include all equipment delivery charges. Salient Characteristics: 1) 300 Watt Xenon Single Turret Light Source with ACMI, Wolf, Storz and Olympus Ports, deliver cool white IR filtered light, lamp age meter should be able to indicate when to replace lamp, white light should be able to deliver true color representation of tissue; 2) UltraLite 2 Headband, Mark II Module with Extended Linkage, Bifurcated 9 foot Fiber Optic Cable, Gownclips (2) and a Duffel Bag; 3) 5 casters with the ability to roll, ability to lock and secure light source on top to roll/transport equipment to other operating rooms 4) If providing an or Equal item it must be compatible in all aspects to the above listed Luxtec model as the Hospital is currently using this system and parts have to be interchangeable. Site Visit: There will not be a Site Visit Delivery shall be FOB DESTINATION to the Edward Hines VA Medical Center, Warehouse Receiving/Shipping, 5000 S. 5th AVE, Hines, IL 60141; Attention: Sharisha Chunchu. The Contractor is responsible for all freight charges. Offer must include product literature, product samples (if requested), technical features, warranty provisions, and any training and or installation that will be required. The provision at 52.212-1, Instructions to Offeror--Commercial Items, applies to this solicitation. Award will be made to the offeror representing the LOWEST PRICE TECHNICALLY ACCEPTABLE to the Government. All quotes will be evaluated in accordance with technical capability, compliance with the solicitation requirements and price. The provision at 52.212-3, Offeror Representations and Certification--Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from https://www.acquisition.gov/far/current/html/52_212_213.html#wp1179194 or completed at https://orca.bpn.gov/. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, is incorporated in this requirement, which will include: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub L. 108-77, 108-78); (3) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006); (4) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; (5) 52.219-28, Post Award Small Business Program Representation; (6) 52.222-3, Convict Labor ; (7) 52.222-19, Child Labor Cooperation with Authorities and Remedies; (8) 52.222-21, Prohibition of Segregated Facilities; (9) 52.222-26, Equal Opportunity; (10) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (11) 52.222-36, Affirmative Action for Workers with Disabilities; (12) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (13) 52.222-50, Combating trafficking in Persons; (14) 52.225-1, Buy American Act-Supplies; and (15) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). The FAR clauses may be accessed in full text at this address https://www.acquisition.gov/far/ and VAAR clauses may accessed at http://www1.va.gov/oamm/oa/ars/policyreg/vaar/. In addition, FAR 52.247-34 F.O.B. Destination, FAR 52.211-6 Brand Name or Equal, VAAR 852.211-73 Brand Name or Equal, VAAR 852.211-70 Service Data Manuals, VAAR 852.246-70 Guarantee, and VAAR 852.203-70 Commercial Advertising, VAAR 852.215-71 Evaluation Factor Commitments, VAAR 852.237-70 Contractor Responsibilities apply to this acquisition. The Offeror shall also provide its DUNS number and Tax Identification number. All Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of information added to CCR. To register, go to http://www.ccr.gov/. Quotations are due on or before September 06, 2010, by 12:00 PM Central Standard Time to be considered responsive. The assigned Contracting Officer is Scott Ivy. Offers can be mailed, faxed or emailed to the GLAC attn: Scott Ivy, 5000 W. National Ave, Bldg 5, Milwaukee, WI 53295; fax: 414-902-5457; email: scott.ivy@va.gov. Quotes should be marked with the request for quote number VA-69D-10-RQ-0644. Oral quotes will not be accepted. A. CONTRACTOR:__________________________________________ ____________________________________________________________________________________ PHONE #:__________________________________________ FAX #:__________________________________________ E-MAIL: __________________________________________ DUNS NO.__________________________________________ TIN NO.__________________________________________ SIGNATURE:__________________________________________ B. GOVERNMENT: Scott Ivy, Contracting Officer VA Medical Center - GLAC - Bldg. 5 5000 West National Ave. Milwaukee WI 53295 (414) 902-5416 C. VENDOR TO INCLUDE VA CONTRACT & PURCHASE ORDER (PO) NUMBER ON THE PACKING LIST. A PO WILL BE FURNISHED AT TIME OF AWARD SHIP SYSTEM TO: Edward HinesVA Hospital Attention: Sharisha Chunchu 5000 S. 5th AVE Hines, IL 60141 D. GOVERNMENT INVOICE ADDRESS: All invoices from the contractor shall be mailed to the following address: VA FSC PO BOX 149971 AUSTIN, TX 78714 Vendor inquires: Toll Free Number 1-877-353-9791 E-mail Address: www.fsc.va.gov/fsc/vendors.htm
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D10RQ0644/listing.html)
- Record
- SN02264842-W 20100903/100902000242-7aefd17e0d74ebc9514efdc4e32a4eff (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |